Tender

Provision of Healthwatch Barnsley

  • Barnsley Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-031463

Procurement identifier (OCID): ocds-h6vhtk-04a4dc

Published 2 October 2024, 8:49am



Section one: Contracting authority

one.1) Name and addresses

Barnsley Metropolitan Borough Council

Town Hall

Barnsley, South Yorkshire

S70 2TA

Contact

Katie Tomlinson

Email

katietomlinson@barnsley.gov.uk

Telephone

+44 0126000000

Country

United Kingdom

Region code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

N/A

Internet address(es)

Main address

https://www.barnsley.gov.uk

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103835

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86035&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=86035&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Healthwatch Barnsley

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

Barnsley Metropolitan Borough Council (the Council) is looking to commission a contract for the provision of Healthwatch Barnsley. Healthwatch is the independent consumer champion for health and social care. Healthwatch should be the voice of the community and aim to influence services in direct response to feedback from local people. Healthwatch Barnsley will also act as a signposting service to local people with regards to their health and social care choices.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Barnsley Metropolitan Borough Council (the Council) is looking to commission a contract for the provision of Healthwatch Barnsley. Healthwatch is the independent consumer champion for health and social care. Healthwatch should be the voice of the community and aim to influence services in direct response to feedback from local people. Healthwatch Barnsley will also act as a signposting service to local people with regards to their health and social care choices.

Healthwatch Barnsley must be highly visible and easily accessible to all individuals within the Barnsley borough. They will be represented on a number of strategic groups e.g. Barnsley Health and Wellbeing Board, and the Integrated Care Delivery Board/Partnership and as part of the South Yorkshire Integrated Care System, to influence key decisions and offer direct representation of the local community.

The service must be dynamic and responsive, not only representing the local population, but also linking them to health and social care providers. The Provider must take steps to embed the service so that it is an integral part of the health and social care landscape and be valued by residents and professionals alike.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2029

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 October 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

31 October 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

The High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom